Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
SOURCES SOUGHT

R -- Missile Defense Agency Ground-Based Midcourse (GMD) Joint Program Office (JPO) DoD Information Technology Certification & Accreditation Process (DITSCAP) Certification & Accreditation (C&A) services

Notice Date
8/16/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA Deputy for Contracting (MDA/CT), 7100 Defense Pentagon, Washington, DC, 20301-7100
 
ZIP Code
20301-7100
 
Solicitation Number
HQ0006-05-Q-0011
 
Response Due
8/23/2005
 
Archive Date
9/7/2005
 
Description
The Missile Defense Agency (MDA) is seeking potential sources for DoD Information Technology Certification and Accreditation Process (DITSCAP) Certification and Accreditation (C&A) services in support of the Ground-Based Midcourse (GMD) Joint Program Office (JPO). This will be a follow-on contract to Contract Task Order HQ0006-03-F-0007 with Northrop Grumman for GMD JPO Mission and Test Systems. This effort will be awarded with an effective date of 01 October 2005 to include a transition period from the current contract. Contract award is based on a strict budget, NTE $4.5M is currently allotted in the GMD FY 2006 budget request. Completion of ?events? identified in the Statement of Work (SOW) in the order they are identified are mandatory before proceeding to the next ?event?. Budget cuts may limit the number of ?events? accomplished in a given year. The contractor will be required to supply technical and administrative staff to perform ?events? and other requirements identified in the SOW while working in close coordination and cooperation with the Government MDA staff and other support contractors. Services to be provided include, but are not limited to: C&A assessments such as testing to ensure that the GMD element provides: Accountability, Access Control, Availability, Integrity, and Intrusion detection and Response. C&A testing supports MDA/GMD JPO and MDA/GMF mission and test communications. Assist the government in planning, scheduling, executing, and analyzing all phases of C&A activities. GMF is responsible for all GMD C&A mission and test communication activities that connect to or could affect the GMD Element (System). MDA intends to utilize its Basic Support Services Program (BSSP) General Services Administration (GSA) ordering procedures to acquire the services described in this notice (information on the MDA BSSP may be found at http://www.mda.mil/barbb/setaserv.htm). The North American Industrial Classification System (NAICS) for this requirement is NAICS 541710, Research and Development in the Physical, Engineering, and Life Sciences with a size standard of 1000 employees. This requirement is unrestricted; however, MDA may limit the sources solicited to only small businesses if a sufficient number of qualified small business sources respond. Small business respondents must confirm that their size status is (1) small as of this FedBizOpps notice date, (2) small on their applicable GSA FSS contract and (3) small under the NAICS code size standard. All three of these confirmations must be affirmative. Only interested GSA schedule holders judged best qualified to compete for the work (BSSP short-list) will be sent a Request for Quotations (RFQ) package on or about September 12, 2005 with offers due on or about September 23, 2005. The resultant order will consist of a Time & Material contract line item (CLIN) (based on firm fixed price hourly labor rates) with a cost CLIN for other direct costs. The term of the order with options is anticipated to be at least five (5) years. The majority of this effort will be performed in Huntsville, AL with domestic and foreign travel required as identified in the SOW. This effort requires a TOP SECRET clearance. The Government will make a single award based on the best overall value to MDA Interested business firms are invited to submit to the contracting office as early as possible, but not later than August 23, 2005, a five (5) page Initial Capability Statement summarizing the corporate strengths in relation to the following criteria: 1) summary technical approach to meeting this requirement; 2) Management approach in managing on-site staff, retention/replacement, personnel qualifications and relevant experience related to this requirement; 3) Specific, related corporate prime contractor present and past (within 3 years) DoD experience related to this requirement. If planning to subcontract, identify firm(s) and their size status. Segregate this information on the Capability Statement by firm. Also, please specify, by name, one primary and one alternate Point of Contact within your firm, including the respective telephone numbers and email addresses. All information must be contained within the five-page initial capability statement limit. From the written Capability Statements the Government will determine a preliminary BSSP short-list and schedule a detailed Oral Capability Briefing. The Oral Capability Briefings will be conducted in Huntsville AL on September 07 & 08 2005. From the Oral Capability Briefing evaluations, the BSSP short-list will be determined. Responses must be provided electronically to Mr. Grover McVey, grover.mcvey@mda.mil AND Ms. Joyce Acton, Joyce.Acton@mda.mil. The subject line for all electronic correspondence shall start with HQ0006-05-Q-0011. For those parties not placed on the short-list for receipt of the RFQ package (in accordance with MDA BSSP procedures), please indicate in your email if you do or do not wish your firm?s name to be supplied to those firms receiving RFQ packages as potential sources for subcontracting opportunities. A draft Statement of Work and draft Capability Assessment Plan (to be used on both the Initial Capability Statement and Oral Capability Briefing) may be found at http://www.mda.mil/barbb/cssss.html using the reference number HQ0006-05-Q-0011
 
Place of Performance
Address: Address: Primary Location: Ground Based Mid-Course Defense Program, Huntsville, Alabama, with national and international travel required as specified in the statement of work,
Country: United States
 
Record
SN00872032-W 20050818/050816213107 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.